Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

65 -- Combined synopsis for refurbished Nikon E600 microscope

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VISN 22 Network Contracting Activity;Building 149;5901 E. 7th Street;Long Beach CA 90822
 
ZIP Code
90822
 
Solicitation Number
VA26210RQ0460
 
Response Due
9/3/2010
 
Archive Date
10/3/2010
 
Point of Contact
Monica Griffin
 
E-Mail Address
ct
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the procurement in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. Provisions and clauses are incorporated through Federal Acquisition Circular 05-43. This procurement is utilized as a Small Business Set-Aside. The solicitation number for this Request for Quotation is VA-262-10-RQ-0460. The North American Industry Classification System Code (NAICS) is 423450. DESCRIPTION OF SUPPLIES/SERVICES: The VA Greater Los Angeles Healthcare System has a requirement for an NIKON Eclipse E600 fluorescence microscope (brand name or equal). Salient characteristics of equipment components are as follows: Components: 1.Stereo Investigator-Standard: Advanced software for Design Based Stereology; and shall include the following: "Automated workflows for Optical Fractionator "Automatic workflows to acquire multi-channel fluorescent 3D image stacks with systematic random sampling for offline analysis "Automatic Countor Tracing "Serial Section Manager "2D Anatomical Mapping "Automatic exportation of data and results to Microsoft Excel "Shall include six month Software Upgrade Subscription 2.Image Stack Extension Module "Adds the capability to analyze confocal, brightfield and widefield fluorescence 3D image stacks. "Adds the capability to create and export brightfield and widefield fluorescence image stacks to Neurolucida and Stereo Investigator offline workstations. "Shall include 3D image visualization. "Requires Solid Modeling module for 3D surface rending of traced neurons 3.Stereo Investigator shall include a 3 year software upgrade and 42 months of service 4.Focus Measurement Encoder "Provides accuracy to 0.1um of the actual microscope stage focus position. "Achieves closed-loop focus operation for more accurate 7 axis measurements "Includes microscope mounting bracket 12mm range 5.3-Axis computer-controlled stepping motor system compromised of 4"X3"XY stepping stage with linear encoders (0.05um resolution, <3um accuracy), Z-Axis Motor (0.1um resolution), joystick, slide holder and external 3 -Axis stage controller with interface to PC 6.Software integration module for controlling motorized stage 7.Special motorized stage system package discount for purchase of motorized stage system (motorized stage, controller, encorder and software drivers) along with software 8.Color Camera "1600HX1200V picture elements native output at 10 frames per second. "Multiple alternative binning modes (up to 8X8) at faster rates, 1.92 megapixel imaging. "Wide-bandwith light sensitivity, optimal for brightfield and epifluorescent applications. "Shall include software interface for 32-bit and 64bit systems and Firewire PC interface card. "Requires a C-mount adaptor on the microscope 9.1.0x DC series C-mount adapter "No image magnification or reduction 10.PC workstation "Intel (brand name or equal), Quad Core Xeon Processor W3540 2.93GHz, 8MB L3cache, 6GB DDR3 SDRAM, 2X350GB HD's in RAID 1 confirguration. "1GB nVidia 9800 GT video card (dual DVIand or VGA), 16XDVD +RW/R drive, Enhanced Multimedia Keyboard, 5 button optical mouse, integrated Gigabit NIC GOLD Technical Support "Windows 7, 64bit operating system. 11. 24 -inch LCD flat panel monitor (WUXGA), 1920 X 1200 pixel native resolution (6ms response time) 12. Microsoft Office Professional Edition 2007, Adobe Acrobat 8.0 Software support and training provided by the manufacturer 13.900VA Uninterruptable Power Supply (UPS) battery backup/surge protector 14.Calibration grid slide with reference grid squares in dimensions of 25um and 250um increments 15.Standard Toolkit "(1) English ball hex wrenches (5/64 to 5/16") "(1) Screwdriver set (slotted1, 2, 3, 4mm, Phillips #000, #00, #0, #1). "11 piece ball-hex L key set, inch sizes 1/16"-1/4" 16.Onsite Installation training (3 days) 17.System Integration/System Testing 18.Shipping and Handling PLACE/PERIOD OF PERFORMANCE: The Eclipse 600 shall be delivered to 11301 Wilshire Blvd. Los Angeles, CA 90073. PROVISIONS/CLAUSES: Offeror shall submit a complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (Aug 2009). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition: 52.211-6 Brand Name or Equal (AUG 1999), 52.212-1, Instruction to Offerors - Commercial Items (June 2008); 52.212-4, Contract Terms and Conditions - Commercial Items (JUNE 2010); 52.212-5, Contract Terms and Conditions Required to Implement Status of Executive Orders - Commercial Items (JUL 2010). In paragraph (b) of 52.212-5 the following apply: 52.219-6 Notice of Total Small Business Set-Aside (JUNE 2003), 52.219-28 Post Award Small Business Program Representation (APRIL 2009), 52.222-3 Convict Labor (JUNE 2003), 52.222-26 Equal Opportunity (MARCH 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), 52.225-1Buy American Act-Supplies (FEB 2009), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008),and 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009), 52.232-34 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (MAY1999). 52.228-5 Insurance-Work on a Government Installation (JAN 1997), additionally, the following VA Acquisition Regulations (VAAR) clauses and provisions are incorporated herein by reference: 852.233-70 Protest content (JAN 2008), 852.233-71 Alternate Protest Procedure. (JAN 1998); 852.237-70 Contractor responsibilities. (APR 1984); 852.270-1 Representative of the Contracting Officer (JAN 2008), and 852.203-70 Commercial advertising (JAN 2008). Facsimile offers are accepted at (562)-961-1340. FAR Provision 52.215-18, Facsimile Proposals, is hereby included. Original proposal shall be submitted on company letterhead, along with descriptive literature for all items offered, to Monica Griffin, Contracting Officer, 5901 E. Seventh Street. Long Beach, CA 90822. Proposals previously submitted need not re-apply. CONTENT OF OFFERS: Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror-Commercial Items. As stated in this clause, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Contractor shall submit the following items in its proposal(s): 1.Schedule of Prices: itemized list of system components that provides a line-item description of offered each component and associated unit price. 2.Complete copy of provision FAR 52.212-3, Offeror Representation and Certification- Commercial Items (Aug 2009). 3.Complete copy of proposed delivery schedule and business size. 4.FOB Destination. 5.Company's DUNS number. DEADLINE: Offers are due on September 3, 12:00 p.m., Pacific Standard Time. Submit offers or any questions to the attention of Monica Griffin, Contracting Officer 562-826-5545.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26210RQ0460/listing.html)
 
Record
SN02257073-W 20100828/100827000744-df1efae562ded7faa3b557a4b7fcbd00 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.